Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2023 SAM #8044
SOLICITATION NOTICE

59 -- High I.R.-Twin Jacketed Tank Cable

Notice Date
12/4/2023 10:13:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0088
 
Response Due
12/5/2023 11:00:00 AM
 
Archive Date
12/20/2023
 
Point of Contact
Kevin E. Silva, Phone: 4018323558
 
E-Mail Address
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N66604-24-Q-0088 Tank Cable This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). The Request for Quotation (RFQ) number is N66604-24-Q-0088. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order for the following cable on a Brand Name basis with no substitutions allowed, per the Government�s minimum specifications provided below. Offerors shall quote new condition, Time Microwave Systems brand name item only: Item Description:�400-foot continuous real, High I.R.-Twin Jacketed Tank Cable� Part #:�AA-8299 Qty.: 6 The required delivery date is 31 MAY 2024. F.O.B. Destination, Naval Station Newport, Rhode Island. This requirement is solicited on a small business set-aside basis. The North American Industry Classification Systems (NAICS) Code is 335929; the Small Business Size Standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The following provisions and clauses apply to this solicitation: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (DEVIATION 2023-O0002) (DEC 2022) FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders� Commercial Products and Commercial Services DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System DFARS 252-211-7003 Item Unique Identification and Valuation DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.244-7000 Subcontracts for Commercial Products and Commercial Services DFARS 252.246-7008 Sources of Electronic Parts Additional terms and conditions: In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Offerors shall confirm if Government Purchase Card is an acceptable form of payment within the quotation. Otherwise, Electronic Payment will be made via Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/. The quote shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror Unique Entity ID. The Government intends to award a single FFP Purchase Order to the eligible and responsible Offeror on a Lowest Price Technically Acceptable basis. In order to be determined technically acceptable the Offeror shall: (1) Quote the Brand Name items specified per the Government�s minimum specifications provided, in their required quantities. The Offeror shall submit detailed specs with its quote; (2) Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Gray market or drop shipped items will not be accepted. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Questions and quotes must be submitted via electronic submission to Kevin E. Silva, at Kevin.e.silva2.civ@us.navy.mil and must be received on or before Tuesday, December 5th, 2023 by 02:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For information on this acquisition, contact Kevin E. Silva at Kevin.e.silva2.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03139e9e9aaa47fb921cf5fa977a38e0/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN06901866-F 20231206/231204230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.